Skip to main content

An official website of the United States government

You have 2 new alerts

59--(EOE) Computers & Peripheral Component Interconnect Express (PCIe) Computer Parts and Accessories

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Nov 01, 2022 04:11 pm EDT
  • Original Published Date: Sep 12, 2022 04:04 pm EDT
  • Updated Date Offers Due: Nov 14, 2022 12:00 pm EST
  • Original Date Offers Due: Sep 27, 2022 04:30 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 13, 2023
  • Original Inactive Date: Mar 26, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334418 - Printed Circuit Assembly (Electronic Assembly) Manufacturing
  • Place of Performance:
    Naval Air Warfare Center, Aircraft Division Joint Base MDL , NJ 08733
    USA

Description

AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68335-22-R-0373 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 334418 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2022-11-14 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Joint Base MDL, NJ 08733

The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: EoE computers Engine Test Instrument (ETI) Obsolesce Engineering Change Proposal (ECP) Computers (EoE computers) P/N 3654AS250-1 As per Statement of Work., 8, EA;
LI 002: PCIe Serial Communication Card Peripheral Component Interconnect Express (PCIe) Serial Communication Card As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4., 8, EA;
LI 003: PCIe Serial Communication Card Cable Peripheral Component Interconnect Express (PCIe) Serial Communication Card Cable As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4., 8, EA;
LI 004: Backup Module Backup Module As per Statement of Work P/N 781043-01, 16, EA;
LI 005: Backup Cable Backup Cable As per Statement of Work P/N 192288-0R3, 16, EA;
LI 006: VXI PCIe Module VME eXtensions for instrumentation (VXI) PCIe Modules As per Statement of Work P/N 779504-01, 16, EA;
LI 007: VXI slot 0 Controller VME eXtensions for instrumentation (VXI) slot 0 Controller As per Statement of Work P/N 780143-01, 8, EA;
LI 008: VXI MXIe Cable VME eXtensions for instrumentation (VXI) Multiplatform eXtension for Instrumentation Express Cable As per Statement of Work P/N 779500-07, 8, EA;
LI 009: EoE computers Engine Test Instrument (ETI) Obsolesce Engineering Change Proposal (ECP) Computers (EoE computers) P/N 3654AS250-1 As per Statement of Work. (Option Year 1), 68, EA;
LI 010: PCIe Serial Communication Card Peripheral Component Interconnect Express (PCIe) Serial Communication Card As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 68, EA;
LI 011: PCIe Serial Communication Card Cable Peripheral Component Interconnect Express (PCIe) Serial Communication Card Cable As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 68, EA;
LI 012: Backup Module Backup Module As per Statement of Work P/N 781043-01 (Option Year 1), 136, EA;
LI 013: Backup Cable Backup Cable As per Statement of Work P/N 192288-0R3 (Option Year 1), 136, EA;
LI 014: VXI PCIe Module VME eXtensions for instrumentation (VXI) PCIe Modules As per Statement of Work P/N 779504-01 (Option Year 1), 136, EA;
LI 015: VXI slot 0 Controller VME eXtensions for instrumentation (VXI) slot 0 Controller As per Statement of Work P/N 780143-01 (Option Year 1), 68, EA;
LI 016: VXI MXIe Cable VME eXtensions for instrumentation (VXI) Multiplatform eXtension for Instrumentation Express Cable As per Statement of Work P/N 779500-07 (Option Year 1), 68, EA;
LI 017: EoE computers Engine Test Instrument (ETI) Obsolesce Engineering Change Proposal (ECP) Computers (EoE computers) P/N 3654AS250-1 As per Statement of Work. (Option Year 1), 36, EA;
LI 018: PCIe Serial Communication Card Peripheral Component Interconnect Express (PCIe) Serial Communication Card As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 36, EA;
LI 019: PCIe Serial Communication Card Cable Peripheral Component Interconnect Express (PCIe) Serial Communication Card Cable As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 36, EA;
LI 020: Backup Module Backup Module As per Statement of Work P/N 781043-01 (Option Year 1), 72, EA;
LI 021: Backup Cable Backup Cable As per Statement of Work P/N 192288-0R3 (Option Year 1), 72, EA;
LI 022: VXI PCIe Module VME eXtensions for instrumentation (VXI) PCIe Modules As per Statement of Work P/N 779504-01 (Option Year 1), 72, EA;
LI 023: VXI slot 0 Controller VME eXtensions for instrumentation (VXI) slot 0 Controller As per Statement of Work P/N 780143-01 (Option Year 1), 36, EA;
LI 024: VXI MXIe Cable VME eXtensions for instrumentation (VXI) Multiplatform eXtension for Instrumentation Express Cable As per Statement of Work P/N 779500-07 (Option Year 1), 36, EA;
LI 025: EoE computers Engine Test Instrument (ETI) Obsolesce Engineering Change Proposal (ECP) Computers (EoE computers) P/N 3654AS250-1 As per Statement of Work. (Option Year 1), 16, EA;
LI 026: PCIe Serial Communication Card Peripheral Component Interconnect Express (PCIe) Serial Communication Card As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 16, EA;
LI 027: PCIe Serial Communication Card Cable Peripheral Component Interconnect Express (PCIe) Serial Communication Card Cable As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 16, EA;
LI 028: Backup Module Backup Module As per Statement of Work P/N 781043-01 (Option Year 1), 32, EA;
LI 029: Backup Cable Backup Cable As per Statement of Work P/N 192288-0R3 (Option Year 1), 32, EA;
LI 030: VXI PCIe Module VME eXtensions for instrumentation (VXI) PCIe Modules As per Statement of Work P/N 779504-01 (Option Year 1), 32, EA;
LI 031: VXI slot 0 Controller VME eXtensions for instrumentation (VXI) slot 0 Controller As per Statement of Work P/N 780143-01 (Option Year 1), 16, EA;
LI 032: VXI MXIe Cable VME eXtensions for instrumentation (VXI) Multiplatform eXtension for Instrumentation Express Cable As per Statement of Work P/N 779500-07 (Option Year 1), 16, EA;
LI 033: EoE computers Engine Test Instrument (ETI) Obsolesce Engineering Change Proposal (ECP) Computers (EoE computers) P/N 3654AS250-1 As per Statement of Work. (Option Year 1), 2, EA;
LI 034: PCIe Serial Communication Card Peripheral Component Interconnect Express (PCIe) Serial Communication Card As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 2, EA;
LI 035: PCIe Serial Communication Card Cable Peripheral Component Interconnect Express (PCIe) Serial Communication Card Cable As per Statement of Work and NAVAIR ETI Computer assembly drawing, 3654AS250 Rev 4. (Option Year 1), 2, EA;
LI 036: Backup Module Backup Module As per Statement of Work P/N 781043-01 (Option Year 1), 4, EA;
LI 037: Backup Cable Backup Cable As per Statement of Work P/N 192288-0R3 (Option Year 1), 4, EA;
LI 038: VXI PCIe Module VME eXtensions for instrumentation (VXI) PCIe Modules As per Statement of Work P/N 779504-01 (Option Year 1), 4, EA;
LI 039: VXI slot 0 Controller VME eXtensions for instrumentation (VXI) slot 0 Controller As per Statement of Work P/N 780143-01 (Option Year 1), 2, EA;
LI 040: VXI MXIe Cable VME eXtensions for instrumentation (VXI) Multiplatform eXtension for Instrumentation Express Cable As per Statement of Work P/N 779500-07 (Option Year 1), 2, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Attachment #003-Evaluation_Plan EOE Computer & PCIe

Applicable Provisions/Clauses are contained on pages within Attachment #002-Solicitation N68335-22-R-0373. Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision and sections (c)(1) and (c)(2) are both checked “does not” under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services -Representation (Oct 2020) provision or sections (c)(1) and (c)(2) are not both checked “does not” under representations in the updated provision, the Government will need a completed, signed and dated copy of FAR 52.204-24 Fill-In sheet (found on pages 65-67 of Attachment 002) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations.

National Instruments Parts must be purchased through National Instruments, or one of its authorized distributors/resellers.

Contractor is required to complete Attachment #004, the ETI Computer Assembly Requirements- Checklist.

This solicitation contains technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. Upon request, the technical data package will be provided through Department of Defense (DoD) Secure Access File Exchange (SAFE) at https://safe.apps.mil/ to the vendor’s designated data custodian indicated on the certified DD2345. For more information on Form DD2345, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at https://www.dla.mil/Logistics-Operations/Services/JCP/. IN ORDER TO REQUEST THE DRAWING PACKAGE, PLEASE SEND YOUR VALID DD2345 TO Domenick.A.Davino.civ@us.navy.mil

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History